Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

58 -- Video Teleconferencing Upgrade - (Draft)

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12R0170
 
Archive Date
4/12/2012
 
Point of Contact
Michael S. Dickson, Phone: 7038756688
 
E-Mail Address
DicksonMS@state.gov
(DicksonMS@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Bidders DD254 Please refer to Section 4.0: Mandatory Codec Requirements in the attached performance work statement The Department of State has a requirement for a conference room build-out with video teleconferencing (VTC) equipment. This new requirement is to provide a state-of-the-art, high quality resolution, diagonal display, appropriate to the size of the front wall, video screen with split-screen capability to display multiple conference participants. The video screen will be inset into the front conference room wall. Audio equipment will ensure all areas of the room are heard. The room is used for meetings that can include up to eight (8) people. The Department of State has a requirement to upgrade the current video teleconferencing (VTC) equipment to provide a state-of-the-art, high quality resolution, 122-inch or larger diagonal display, appropriate to the size of the front wall, video screen with split-screen capability to display multiple conference participants to support two video teleconferencing systems within the same conference room. ***Please refer to attached performance work statement*** • This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. • SAQMMA12R0170 is issued as a request for proposal (RFP) • SAQMMA12R0170 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-55. • This acquisition will be 100% set aside for small business concerns under NAICS code 334210 • Refer to attached performance specification document for description of requirements for the items to be acquired • Place of delivery and acceptance is as follows: Arlington, Virginia, 22209 • FOB point shall be FOB destination • Offeror shall specify in its proposal the delivery time after receipt of order. • The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. • The provision at 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) is as follows in descending order of importance: 1. Adherence to Section 3.3, "Schedule Constraints" outlined in the Performance Work Statement; 2. Adherence to all Upgrade, Technical, and Equipment Requirements outlined in the Performance Work Statement; 3. Adherence to Required and Desirable Product Performance Requirements outlined in Performance Work Statement; 4. Vendor demonstrated service capabilities; 5. Price. Technical factors, when combined, are significantly more important than price. • Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. • Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition • Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6; 52.204-10; 52.209-6; 52.219-6; 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-13; 52.232-33. • The following/ additional contract requirement(s) or terms and conditions have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: • SECURITY REQUIREMENTS (a) A facility security clearance at the SECRET level is required for contract performance in accordance with the DD Form 254, Department of Defense Contract Security Classification Specification, attached to this contract. (b) Since it will be necessary for some Contractor personnel to have access to classified material and/or to enter into areas requiring a security clearance, each Contractor employee requiring such access must have an individual security clearance commensurate with the required level of access prior to contract performance. Individual clearances shall be maintained for the duration of employment under this contract, or until access requirements change. (c) The Contractor shall obtain a Department of State building pass for all employees performing under this contract who require frequent and continuing access to Department of State facilities in accordance with DOSAR 652.237-71 "IDENTIFICATION/BUILDING PASS." (d) Performance of this contract shall be in accordance with the attached DD Form 254, Department of Defense Contract Security Classification Specification and FAR 52.204-2 "SECURITY REQUIREMENTS." (e) Classified material received or generated in the performance of this contract shall be safeguarded and disposed of in accordance with the National Industrial Security Program Operating Manual (DOD 5220.22-M). (end of clause) • DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD ISSUANCE PROCEDURES a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card Issuance Procedures for all employees performing under this contract who require frequent and continuing access to DOS facilities, or information systems. The Contractor shall insert this clause in all subcontracts when the subcontractor's employees will require frequent and continuing access to DOS facilities, or information systems. b) The DOS Personal Identification Card Issuance Procedures may be accessed at http://www.state.gov/m/ds/rls/rpt/c21664.htm. (End of clause) • 52.204-2 -- Security Requirements. (Aug. 1996) • 652.206-70 Competition Advocate/Ombudsman. (AUG 1999) • 652.225-70 Arab League Boycott of Israel. (AUG 1999) • 652.225-71 Section 8(a) of the Export Administration Act of 1979, as Amended. (AUG 1999) • 652.232-70 Payment Schedule and Invoice Submission (Fixed-Price). (AUG 1999) • 652.237-71 Identification/Building Pass. Reserved • 652.237-72 Observance of Legal Holidays and Administrative Leave. (APR 2004) • 652.242-70 Contracting Officer's Representative (COR). (AUG 1999) All responses to this solicitation are due no later than 11:59pm on March 28th, 2012 and should be submitted to DicksonMS@state.gov. Please direct all questions regarding this solicitation to Michael Dickson at DicksonMS@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0170/listing.html)
 
Record
SN02697388-W 20120317/120315234523-0bb786ab3591027a7a975c0b28fe76be (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.